SLED Opportunity · NEW JERSEY · COUNTY OF OCEAN
AI Summary
County of Ocean seeks contractors for Reconstruction and Resurfacing of Brookside Drive Phase II Outfall Replacement in Toms River, NJ. Bids due April 14, 2026. Project includes road construction, resurfacing, and stormwater outfall replacement. Compliance with NJ Prevailing Wage Act and bonding required.
The purpose of this bid package is to provide the County of Ocean with a contractor(s) who has the ability to successfully complete the tasks required as set forth in the specifications of this project: Reconstruction and Resurfacing of Brookside Drive Phase II Outfall Replacement, Township of Toms River
Bid date has been changed to May 5, 2026.
Please use the See What Changed link to view all the changes made by this addendum.
All Bids shall be opened publicly in the Administration Building, Room 119, 101 Hooper Avenue, Toms River, New Jersey, commencing at 11:00 a.m., prevailing time on the date specified in the Notice to Bidders.
See Attachments, Main Document for Scope information.
The County will not be responsible for late mail deliveries and no bid bonds will be accepted if received after the time stipulated in the Notice to Bidders.
DO NOT MAIL A HARD COPY OF YOUR BID WITH YOUR BID BOND.
Bidders shall complete and sign all procedural documents with the bid package.
Such documents include, but are not limited to:
* Non-Collusion Certificate
* Affirmative Action Questionnaire
* Signature Page
* Statement of Ownership (N.J.S.A. 52:25-24.2) (MANDATORY)
* Acknowledgment of Receipt of Addenda or Revisions (if issued)
* Price schedule
* Any other documents that may be required in the specifications
Failure to complete all documents, as requested, may be cause for rejection. Each bid must be signed by a person authorized to do so.
Ocean County's preferred method of submission for required documents is DocuSign.
NOTE: In order to access any DocuSign forms in this solicitation, you must first click "Draft Response".
Instructions on how to access the forms through DocuSign are available in the Attachments. Please note that in order to view the forms as a .pdf document, youmustaccess DocuSign first. Once you access DocuSign, the option to download, save, print and complete the forms becomes available.
The County reserves the right to reject all bids in accordance with N.J.S.A. 40A:11-13.2.
The County reserves the right to waive any informalities in the bids, and unless otherwise specified by the bidder, to accept any item in the bid, should it be deemed in accordance with applicable law.
In case of default by the bidder or Contractor, the County of Ocean may procure the articles or services from other sources and hold the bidder or Contractor responsible for any excess cost occasioned thereby.
The bidder, if awarded a contract, agrees to protect, defend and save harmless the County against any damage for payment for the use of any patented material process, article or device that may enter into the manufacture, construction or form a part of the work covered by either order or contract, and he further agrees to indemnify and save harmless the County from suits or actions of every nature and description brought against it, for, or on account of injuries or damages received or sustained by any party or parties by, or from any of the acts of the Contractor, his servants or agents.
The Contractor shall maintain insurance to protect against all claims under Owner’s and Contractor’s Protective Liability Insurance, Workmen's Compensation, Comprehensive General Liability and Automobile (and Pollution if required) as further stipulated herein.
Upon contract award, when a Certificate of Insurance is required, it shall be provided to Ocean County listing the County as an additional insured, as follows:
County of Ocean, 101 Hooper Avenue, P.O. Box 2191, Toms River, NJ 08754-2191
It is to be understood by the bidder that this bid is submitted on the basis of specifications prepared by the County and the fact that any bidder is not familiar with these specifications or conditions will not be accepted as an excuse.
A Bid Security in the form of a Bond, Cashier’s Check, Certified Check, or e-bond using Surety2000, made payable to the County of Ocean in the amount of ten percent (10%) of the total amount of the bid (but not in excess of $20,000.00) must accompany each proposal as a guaranteewhich may be forfeited and retained by the County in lieu of its other legal remedies if a successful bidder’s proposal is accepted by the County and he shall fail to execute and return to the County the required contract and bonds not more than twenty-one (21) days, Sundays and holidays excepted, after the delivery of the prepared contract and bond form to him by the County.
The Bid Security must be received by the date and time stipulated in the notice to bidders.
Bid Security may be mailed or hand delivered to:
Office of the Clerk of the Board
101 Hooper Avenue, Room 328
Toms River, NJ, 08753.
Bid Security may also be hand delivered at the public bid opening and must be received no later than 11:00 a.m. prevailing time on the date stipulated in the Notice to Bidders.
Ocean County has an account with Surety2000 which is an Electronic Surety Company that acts on behalf of the bidder to supply a valid bid bond. Surety2000 is a fee-based service that will allow the County to verify electronically submitted bonds at the time of the bid opening.
How It Works:
The surety agent communicates with the client while the Surety Company authorizes electronic power of attorney. The keys to Surety2000 are the "Authorization Code," electronic signatures, electronic control over powers of attorney, and the secure interaction and retention of data. In lieu of unreliable paper bonds, the surety agent will generate authorization codes through the system and provide these codes to the contractors/principals. Surety agents electronically sign these documents. The contractor/principal logs into the system to retrieve and electronically sign the bond through Surety 2000 or through its designated electronic bidding system with which Surety 2000 is integrated.
Once signed, owner/obligees log onto the system to retrieve and file the executed surety bond. All electronic signatures are authenticated, secure and time-stamped. All surety companies are notified in real-time and view the executed bonds, virtually eliminating the possibility of fraud.
To obtain more information about Surety2000 in order to use this program to submit a bid bond, please visit their site at: https://surety2000.com/how-it-works
A Performance Bond in the form of a Certified Check (cash) or Bond, from a surety company authorized to transact business in the State of New Jersey, in the amount of 100% of total bid will be required from the successful bidder, to insure faithful performance of the contract. The Performance Bond and contract must be filed with the County of Ocean not more than twenty-one (21) days, Sundays and holidays excepted, after the award resolution, or the contract will be subject to rescission.
Bidders must use the proposal form furnished by the County when submitting their bid.
Payments will be made upon the approval of vouchers submitted by the successful bidders in accordance with the requirements of the Board of Commissioners, subject to the Board of Commissioners’ customary procedures, and subject to the provisions of the Prompt Payment Act N.J.S.A. 2A:30A-2.
Contract will be awarded to the lowest responsible bidder.
In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the OWNER of the extended totals shall govern.
Award will be made by Ocean County Board of Commissioners within sixty (60) days after receipt of bids.
This project is subject to the New Jersey Prevailing Wage Act (N.J.S.A. 34:11-56.25 et seq.) and all applicable provisions of the State Labor Laws. State prevailing wage rates may be obtained from the New Jersey Department of Labor & Workforce Development by calling (609) 292-2259 or by visiting the Department’s website at: https://www.nj.gov/labor/wagehour/wagerate/prevailing_wage_determinations.html. The prevailing wage rates in effect at the time of award are incorporated into and made part of this Contract pursuant to Chapter 150, Laws of 1963 (N.J.S.A. 34:11-56.25 et seq.).
It is the responsibility of the contractor to determine the appropriate labor classifications and wage rates when preparing their bid.
If it is determined that any employee of the contractor or subcontractor has been paid a wage rate less than the prevailing wage required by this contract, the Department of Labor may suspend the work, declare the contractor in default, or take other enforcement action as permitted by law.
All Certified Payrolls for public works projects must be submitted online via the New Jersey WageHub portal (https://njwages.nj.gov/) within ten (10) days of the payment of wages for each pay period. Certified payroll records must also be provided in hard copy to the contracting unit.
Equal or Tie Bids. The County of Ocean reserves the right to award at their discretion to any one of the tie bidders where it is most advantageous for the County to do so, pursuant to N.J.S.A. 40A:11-6.1.
The County of Ocean is exempt from any State sales tax or Federal excise tax.
For purpose of evaluation where an equivalent product is being furnished, bidder must indicate any variation to our specifications no matter how slight. If no variations are indicated, it will be construed that the bid fully complies with our specifications.
Quantities shown are approximate and the County reserves the right to decrease or omit quantities. The County also reserves the right to increase quantities to twenty (20) percent of the maximum quantities listed at the unit price bid.
All Contractors must comply with the provisions of New Jersey Statute Title 40A:11-18, when applicable.
The bidder must comply with the provisions of "The Public Works Contractor Registration Act", if applicable.
All named subcontractors must be registered with the Department of Labor and Workforce Development pursuant to the Public Works Contractor Registration Act at the time the proposal is received, or the proposal will be determined to be non-responsive.
Any non-listed subcontractor must be registered with the Department of Labor and Workforce Development prior to physically starting work. It is the responsibility of the General Contractor to insure that all non-listed subcontractors comply.
Contractors are encouraged to submit their and all named subcontractors’ Public Works Contractor Registration Certificates with the bid. Pursuant to N.J.S.A. 34:11-56.55, certificates must be submitted prior to award of the Contract.
This agreement shall not be assigned without the written consent of the County of Ocean.
By presenting a bid, Contractor declares that he is aware of and, if required, will comply with the requirements of the "Underground Facility Protection Act" prior to commencing any intended excavation. The telephone number to call is 1-800-272-1000.
The successful bidder will be required to show compliance with this requirement by submitting to the appropriate project coordinator the confirmation number obtained from ONE-CALL before any excavation is undertaken.
The attention of the bidder is called to the provisions of N.J.S.A. 2A:44-143 which requires that the County of Ocean shall only accept performance and payment bonds from surety companies meeting the requirements of that statute. The bidder shall deliver with its bid a Consent of Surety. The Bidder's Surety Company shall complete the "Certificate of Surety Company" which bidder shall submit with its bid.
The form of the security bond and the company shall have the approval of the Owner. The surety company shall have minimum ratings, and a financial size category appropriate to the project size as listed below and as shown in the latest report of Best’s Key Rating Guide, Property-Casualty, issued by A.M. Best Company, Oldwick, New Jersey.
SIZE RATING FINANCIAL SIZE
0 to 1 Million A- IV
1 Million to 5 Million A- VII
5 Million to 10 Million A- VIII
10 Million and Over A- IX
The Bidder shall provide documentation that the Surety has fulfilled the requirements of N.J.S.A. 2A:44-143. Should the Bidder elect to use a Surety which does not fulfill the minimum Best’s Key Rating above or is not rated by the A.M. Best Company, the Bidder must provide documentation, and any information required for the verification of presented documentation, that the surety is rated in one of the three highest categories by an independent, nationally recognized United States rating company in accordance to the “Administrative Procedure Act.” The bond shall be maintained in full force for a period of twelve (12) months after the date of final acceptance by the Owner of the work, to guarantee that the Contractor will make good any faults and/or defects in the work arising from improper or defective workmanship or materials which may appear during that period.
Business organizations or individuals doing business in New Jersey are required to register with the Department of the Treasury, Division of Revenue. Registration is free and is a one-time action - there are no fees to register. However, you should update your contact and tax eligibility information as needed. The contracting agency is required to have a copy of the “proof of registration certificate” submitted A copy of bidder’s New Jersey Business Registration Certificate should be included with the bid. If it is not, it will be required prior to award of the contract.
* Before final payment on the contract is made by Ocean County, the Contractor shall submit an accurate list and either, (a) the proof of business registration of each subcontractor or supplier used in the fulfillment of the contract or, (b) provide the County with an affidavit that the Contractor has all required business registration certificates on file in his records; or shall attest that no subcontractors were used.
* For the term of the contract, the Contractor and each of its affiliates and a subcontractor and each of its affiliates [N.J.S.A. 52:32-44(g)(3)] shall collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act on all sales of tangible personal property delivered into this State, regardless of whether the tangible personal property is intended for a contract with Ocean County.
* A business organization that fails to provide a copy of a business registration as required pursuant to section 1 of P.L. 2001, c.134 (N.J.S.A. 52:32-44 et al.) or Subsection E. of Section 92 of P.L. 1977, c.110 (N.J.S.A. 5:12-92), or that provides false business registration information under the requirements of either of those sections, shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration copy not properly provided under a contract with Ocean County.
A copy of bidder’s and named subcontractors’ New Jersey Business Registration Certificate should be included with the bid. If it is not, it will be required prior to the award of the contract.
Pursuant to N.J.S.A. 52:15C-14(d), if the total consideration of the project exceeds $2,500,000 dollars, relevant records of private vendors or other persons entering into contracts with the Owner are subject to audit or review by the New Jersey Office of the State Comptroller. Therefore, the Contractor shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request.
The provisions of N.J.S.A. 52:25-24.2 applies to all forms of corporations and partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships, and Subchapter S corporations.
Starting in January 2007, all business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.
Proposals are being solicited through a fair and open process in accordance with N.J.S.A. 19:44A-20.2, et seq., and as such, Contractors are exempt from the limitations on making political contributions under that law. Further, for that reason, as well as because of language in the New Jersey's Annual Appropriations Act, refusal to disclose campaign contributions otherwise required by N.J.S.A. 19:44A-20.2 et seq. and 19:44A-20.25 et seq., will not adversely affect your consideration for award.
1. All construction contracts issued by a contracting unit for bids which were advertised on or after the effective date of P.L.2017, c.3 17 (C.40A:11-16.7 et seq.) shall include the changed conditions contract provisions set forth in this section, which provisions shall be deemed to be a part of any such contract even if not expressly incorporated therein, and which provisions may not be modified in any manner by the contracting unit.
SECTION A - A contract subject to this section shall include the following differing site conditions provisions:
(1) If the contractor encounters differing site conditions during the progress of the work of the contract, the contractor shall promptly notify the contracting unit in writing of the specific differing site conditions encountered before the site is further disturbed and before any additional work is performed in the impacted area.
(2) Upon receipt of a differing site conditions notice in accordance with paragraph (1) of this subsection, or upon the contracting unit otherwise learning of differing site conditions, the contracting unit shall promptly undertake an investigation to determine whether differing site conditions are present.
(3) If the contracting unit determines different site conditions that may result in additional costs or delays exist, the contracting unit shall provide prompt written notice to the contractor containing directions on how to proceed.
(4) (a) The contracting unit shall make a fair and equitable adjustment to the contract price and contract completion date for increased costs and delays resulting from the agreed upon differing site conditions encountered by the contractor.
(b) If both parties agree that the contracting unit’s investigation and directions decrease the contractor’s costs or time of performance, the contracting unit shall be entitled to a fair and equitable downward adjustment of the contract price or time of performance.
(c) If the contracting unit determines that there are no differing site conditions present that would result in additional costs or delays, the contracting unit shall so advise the contractor, in writing, and the contractor shall resume performance of the contract, and shall be entitled to pursue a differing site conditions claim against the contracting unit for additional compensation or time attributable to the alleged differing site conditions.
(5) Execution of the contract by the contractor shall constitute a representation that the contractor has visited the site and has become generally familiar with the local conditions under which the work is to be performed.
(6) As used in this subsection, “differing site conditions”, mean physical conditions at the contract work site that are subsurface or otherwise concealed and which differ materially from those indicated in the contract documents or are of such an unusual nature that the conditions differ materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in the contract
SECTION B - A contract subject to this section shall include the following suspension of work provisions:
(1) The contracting unit shall provide written notice to the contractor in advance of any suspension of work lasting more than 10 calendar days of the performance of all or any portion of the work of the contract.
(2) If the performance of all or any portion of the work of the contract is suspended by the contracting unit for more than 10 calendar days due to no fault of the contractor or as a consequence of an occurrence beyond the contracting unit’s control, the contractor shall be entitled to compensation for any resultant delay to the project completion or additional contractor expenses, and to an extension of time, provided that, to the extent feasible, the contractor, within 10 calendar days following the conclusion of the suspension, notifies the contracting unit, in writing, of the nature and extent of the suspension of work. The notice shall include available supporting information, which information may thereafter be supplemented by the contractor as needed and as may be reasonably requested by the contracting unit. Whenever a work suspension exceeds 60 days, upon seven days' written notice, either party shall have the option to terminate the contract for cause and to be fairly and equitably compensated therefor.
(3) Upon receipt of the contractor’s suspension of work notice in accordance with paragraph (2) of this subsection, the contracting unit shall promptly evaluate the contractor’s notice and promptly advise the contractor of its determination on how to proceed in writing.
(4) (a) If the contracting unit determines that the contractor is entitled to additional compensation or time, the contracting unit shall make a fair and equitable upward adjustment to the contract price and contract completion date.
(b) If the contracting unit determines that the contractor is not entitled to additional compensation or time, the contractor shall proceed with the performance of the contract work, and shall be entitled to pursue a suspension of work claim against the contracting unit for additional compensation or time attributable to the suspension.
(5) Failure of the contractor to provide timely notice of a suspension of work shall result in a waiver of a claim if the contracting unit can prove by clear and convincing evidence that the lack of notice or delayed notice by the contractor actually prejudiced the contracting unit’s ability to adequately investigate and defend against the claim.
SECTION C - A contract subject to this section shall include the following change in character of work provisions:
(1) If the contractor believes that a change directive by the contracting unit results in a material change to the contract work, the contractor shall so notify the contracting unit in writing. The contractor shall continue to perform all work on the project that is not the subject of the notice.
(2) Upon receipt of the contractor’s change in character notice in accordance with paragraph (1) of this subsection, the contracting unit shall promptly evaluate the contractor’s notice and promptly advise the contractor of its determination on how to proceed in writing.
(3) (a) If the contracting unit determines that a change to the contractor’s work caused or directed by the contracting unit materially changes the character of any aspect of the contract work, the contracting unit shall make a fair and equitable upward adjustment to the contract price and contract completion date. The basis for any such price adjustment shall be the difference between the cost of performance of the work as planned at the time of contracting, and the actual cost of such work as a result of its change in character, or as otherwise mutually agreed upon by the contractor and the contracting unit prior to the contractor performing the subject work.
(b) If the contracting unit determines that the contractor is not entitled to additional compensation or time, the contractor shall continue the performance of all contract work, and shall be entitled to pursue a claim against the contracting unit for additional compensation or time attributable to the alleged material change.
(4) As used in this subsection, "material change" means a character change, which increases or decreases the contractor's cost of performing the work, increases or decreases the amount of time by which the contractor completes the work in relation to the contractually required completion date, or both.
SECTION D - A contract subject to this section shall include the following change in quantity provisions:
(1) The contracting unit may increase or decrease the quantity of work to be performed by the contractor.
(2) (a) If the quantity of a pay item is cumulatively increased or decreased by 20 percent or less from the bid proposal quantity, the quantity change shall be considered a minor change in quantity.
(b) If the quantity of a pay item is increased or decreased by more than 20 percent from the bid proposal quantity, the quantity change shall be considered a major change in quantity.
(3) For any minor change in quantity, the contracting unit shall make payment for the quantity of the pay item performed at the bid price for the pay item.
(4) (a) For a major increase in quantity, the contracting unit or contractor may request to renegotiate the price for the quantity in excess of 120 percent of the bid proposal quantity. If a mutual agreement cannot be reached on a negotiated price for a major quantity increase, the contracting unit shall pay the actual costs plus an additional 10 percent for overhead and an additional 10 percent for profit unless otherwise specified in the original bid.
(b) For a major decrease in quantity, the contracting unit or contractor may request to renegotiate the price for the quantity of work performed. If a mutual agreement cannot be reached on a negotiated price for a major quantity decrease, the contracting unit shall pay the actual costs plus an additional 10 percent for overhead, and an additional 10 percent for profit, unless otherwise specified in the original bid; provided, however, that the contracting unit shall not make a payment in an amount that exceeds 80 percent of the value of the bid price multiplied by the bid proposal quantity.
(5) As used in this subsection, the term “bid proposal quantity” means the quantity indicated in the bid proposal less the quantities designated in the project plans as “if and where directed.”
Pursuant to N.J.S.A. 52:32-44.1 (P.L. 2019, c.406), any natural person, company, firm, association, corporation, or other entity prohibited, or “debarred,” from contracting with the federal government agencies, shall also be prohibited from contracting for public work in the state of New Jersey. This prohibition also extends to any affiliate organization(s) held by or subject to the control of an entity of that prohibited person or entity.
Prior to awarding a contract for public work, a local unit must obtain written certification from the contracting person or entity through the Certification of Non-Debarment for Federal Government Contracts form included in this document, attesting to their non-debarment from contracting with federal government agencies.
** ATTENTION**
Responses received pursuant to this solicitation are subject to complete disclosure pursuant to the Open Public Records Act. Please note that disclosure includes any and all attachments and addenda supplementing the solicitation response. Accordingly, please do not include personal identifying information in any supplementary documents submitted with the solicitation response.
As this is a Federal project, the Contractor is required to do (Monthly Workforce) Manpower Reporting on-line. Instructions for the reporting can be found at the website below: http://www.state.nj.usransportation/business/localaid/documents.
Contractor to note that Supplemental Specifications and Special Provisions are used and are part of these Contract Documents.
For further information regarding the specifications, contact the Ocean County Engineering Department at 732-929-2130.
I hereby confirm that I am logged into OpenGov using an account directly associated with the Business Name (and corresponding Tax ID number) as provided in all solicitation documentation. I fully understand that, if awarded a contract with Ocean County, the company information listed in the Contract Information Field will be used for the preparation of all contract documents. Failure to adhere to these requirements may result in the rejection of this bid.
The undersigned hereby declares that the Bidder has carefully examined the Advertisement or Notice to Bidders, Standard Specifications, Baseline Document Changes, Supplementary Specifications, Plans and Forms for Proposals, Contract, Performance Bond and Payment Bond, for the Reconstruction and Resurfacing of Brookside Drive Phase II Outfall Replacement, Township of Toms River in said County and State; that the Bidder has carefully examined the site of the proposed Project as provided in Section 102 of the Standard Specifications; and that, if awarded the work, the Bidder will enter into contract to carry out and complete said Project as delineated and as specified, at the price per unit of measure for each scheduled item of work as shown in the following Schedule of Quantities and Prices.
It is understood that the total price stated by the undersigned in the said "Schedule of Quantities and Prices" is based on the estimated quantities and will control in the award of the contract. It is further understood that the quantities in this Schedule for the various items are estimates only and may be increased or decreased as provided in the Specifications. It is further understood that the Project may be curtailed and a contract awarded for only a part of the work in the event the lowest bid offered should exceed the amount of funds available for the Project.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27.
Documents include:
FAILURE TO SUBMIT ANY OF THESE DOCUMENTS MAY BE CAUSE FOR REJECTION OF YOUR PROPOSAL.
All documents should be from this proposal package as forms change frequently and the most updated forms are provided in this specification. The forms must not be dated or executed prior to the date of advertising.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
DOCUSIGN WORKS BEST IN THE GOOGLE CHROME BROWSER
Should your company be awarded a contract with Ocean County, please provide the contact name, contact phone number and the physical mailing address where the contract documents should be mailed. (no email addresses, please!)
Upload a copy of your Bid Security. Bid Security shall be in the form of a cashier's check, certified check, or bid bond.
Original Bid Security must bereceived by 11:00 am prevailing time on Tuesday, May 5, 2026 or your submission will be rejected.
BID BOND MUST BE LABELED WITH THE TITLE AND DATE THE BID IS DUE
EXAMPLE: BID BOND FOR Reconstruction and Resurfacing of Brookside Drive Phase II Outfall Replacement, Township of Toms River OPENING ON Tuesday, May 5, 2026
Original may be mailed or hand delivered to:
Clerk of the Board
Ocean County Administration Building
101 Hooper Avenue, Room 328
Toms River, NJ 08753
Bid Security may also be hand delivered at the public bid opening and may not be received after 11:00 am prevailing time on Tuesday, May 5, 2026.
The County is not responsible for late submissions and no consideration will be made for bid security received after the date and time stipulated in the Notice to Bidders even if you have completed your bid online.
If the original bid security is not received by the date and time stipulated in the Notice to Bidders, your submission will be rejected.
IF YOUR COMPANY IS USING THE ELECTRONIC BOND VERIFICATION, PLEASE UPLOAD A COPY OF THE CONFIRMATION OF THE FILING OF THE ELECTRONIC BOND THEN PROCEED TO THE "ELECTRONIC VERIFICATION OF BID SECURITY" QUESTION TO INPUT YOUR BOND'S SERIAL NUMBER.
NOTE: DO NOT MAIL A COPY OF YOUR BID WITH YOUR BID BOND. SUBMITTING A COPY OF YOUR BID ALONG WITH YOUR BID BOND IS CAUSE FOR REJECTION.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
The County has accounts with two (2) online Bid Security programs: Surety2000 and Tinubu. Use of these platforms is fee-based and bidders can utilize either platform to obtain an electronically issued, verified and legal bid bond which can be used for bidding purposes. No bid bond can be created by the bonding agent on the site without the Surety agency being fully aware of that bond. Only agents appointed directly by the Surety agencies can issue bid bonds electronically.
To use Surety2000, please use this link to access the site: www.surety2000.com.
To use Tinubu (SuretyWave), please use this link to access the site: https://spd.suretywave.com/login
You must complete all necessary steps to log in to the site and obtain the bid bond.
Bond Identifier: 07-024-0208
USE THIS CODE WHEN EXECUTING YOUR BID BOND.
Once an official bid bond is issued, use the space below to input your company's E-Bond Serial Number.
The number will look like this from Surety2000: SNJ5185268
The number will look like this from Tinubu: 1234-4567-7891-0123
This number will then be used at the bid opening to verify your company's bid bond.
If you are not using this method for Bid Security submission please write "N/A" in the field provided.
Please note that the County is not responsible for late submissions and no consideration will be made for bid security received after the date and time stipulated in the Notice to Bidders even if you have electronically submitted your bid on time.
If the original bid security is not able to be verified by the date and time stipulated in the Notice to Bidders, your submission will be rejected.
Accompanying this Proposal is a guarantee payable to County of Ocean for 10% of the total bid, not to exceed $20,000, which the undersigned agrees is to be forfeited as liquidated damages, and not as a penalty, if contract is awarded to the undersigned and the undersigned shall fail to execute the contract or shall fail to furnish the Performance Bond and Payment Bond required, within the stipulated time, otherwise said check will be returned to the undersigned.
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status or sex. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status or sex. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status or sex.
The contractor or subcontractor where applicable, will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places to employees and applicants for employment.
If awarded a contract, your company/firm will be required to comply with the requirements of N.J.S.A. 10:5-31 et. seq. and N.J.A.C. 17:27.
By Confirming, Bidder understands that Bid Security in the amount of 10% of the total bid not to exceed $20,000 must be received by the date and time stipulated in the Notice to Bidders and that failure to supply the Bid Security is automatic cause for rejection of the bid.
A Valid BRC is required Prior to Award of Contract. Please upload your company's BRC.
Use this link to verify your company's BRC: https://www1.state.nj.us/TYTR_BRC/jsp/BRCLoginJsp.jsp
NOTE: a BRC is not required at the time of bid submission, only prior to award of the contract.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Within seven (7) days after receipt of the notification of intent to award the contract or receipt of the contract, whichever is sooner, a Contractor should present one of the following to the County of Ocean:
(a) An existing federally approved or sanctioned affirmative action program.
(b) A New Jersey Certificate of Employee Information Report Approval.
(c) If the Contractor cannot present "a" or "b", the Contractor is required to submit a completed Employee Information Report (Form AA302). This form will be made available to the Contractor by the County of Ocean.
QUESTIONS BELOW MUST BE ANSWERED BY ALL CONTRACTORS:
1. Do you have a Federally approved or sanctioned Affirmative Action Program?
If yes, please upload a photocopy of such approval.
2. Do you have a State of New Jersey "Certificate of Employee Information Report" approval?
If yes, please upload a photocopy of such certificate.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Does the BIDDER comply with the #Mandatory Equal Employment Opportunity?
Does the BIDDER comply with the #Americans with Disabilities Act?
The County must comply with the requirements of the Internal Revenue Service regarding 1099 information.
Please fill out the Federal ID Information requested on the attached DocuSign form.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
DOCUSIGN WORKS BEST IN THE GOOGLE CHROME BROWSER
As mentioned in the Federal ID Information Form, if your company is a Non-Profit Organization or Agency, the County requires a copy of your 1023 form.
Please use this area to upload a copy of your company's 1023 form.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
This document is required for all Federally Funded Projects. This form will be required to be submitted prior to any contract award.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
All workers performing public works activities for subcontractors awarded contracts by an energy services company pursuant to this section shall be paid prevailing wages in accordance with the “New Jersey Prevailing Wage Act,” P.L.1963, c.150 (C.34:11-56.25 et seq.). All subcontractors shall comply with the provisions of "The Public Works Contractor Registration Act," P.L.1999, c.238 (C.34:11-56.48 et seq.). Only firms appropriately classified as contractors by the Division of Property Management and Construction shall be eligible to be awarded a contract as a subcontractor of an energy services company under this section for performing public works activities pursuant to regulations adopted by the Division of Property Management and Construction.
Bidder shall provide with their bid a copy of the Public Works Registration Certificate for all Public Works Bids.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Before a contracting agency can award a contract for public work as defined
in P.L. 2019, c.406, the contractor must provide a written certification to the
contracting unit that neither the contractor nor the contractor’s affiliates are
debarred by the federal government from contracting with a federal agency.
The term “affiliate” means any entity that directly, indirectly, or
constructively controls the contractor, or any entity that the contractor
directly, indirectly, or constructively controls, or is subject to the control of a
common entity. The law considers an entity to be in control of another
entity if it owns, directly or indirectly, more than 50% of the ownership.
Please complete the Certification of Non-Debarment form by clicking on the link.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
Please fill out the attached DocuSign form in its entirety. Failure to complete this form is cause for rejection of your bid.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
Please access the Plan and Equipment Questionnaire available through DocuSign. Fill out the form in its entirety and submit with your proposal. Failure to complete this document may be cause for rejection of your bid.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
Bidder shall include with proposal no more than three (3) references from public entities for which bidder has performed work. Bidder shall provide a description of the completed work associated with each reference. References shall identify the name of the public entity and include the name and title of the person at the public entity, including their phone number.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Please use this section to upload any additional documentation you wish to be considered as part of your bid.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
By submitting a response to this solicitation, the Vendor understands and acknowledges that all required documents to this solicitation must be submitted and that failure to do so may be cause for rejection.
Bidder also understands that only one (1) bid submission shall be considered. Please DO NOT Submit a manual bid response. Submitting a manual response in addition to the electronic response is cause for rejection of your bid.
Bidders shall complete all documents and acknowledge all terms included with the bid package. All documents should be from this bid package as forms change frequently and the most updated forms are provided in this specification. The forms must not be dated or executed prior to the date of advertising. Failure to follow these instructions is cause for rejection.
For Lump Sum and Dollar items, the Bidder shall insert the total cost in the box provided under the column designated as "Unit Cost".
The unit cost for Fuel Price Adjustment pay item has been set in the Schedule of Quantites and Pricing and cannot be revised.
ADVISORY NOTICE TO ALL BIDDERS
TOPIC: CIVIL RIGHTS GOAL REQUIREMENTS
Federal - Disadvantaged Business Enterprise (DBE)/Emerging Small Business Enterprise (ESBE) and State - Small Business Enterprise (SBE) Goals
The following guidance is provided to help insure your bid is not rejected for being non-responsive and/or not responsible due to State and Federal Civil Rights Goal Requirements.
If the project you will be bidding on has a Federal DBE/ESBE or State SBE Goal, please make note of the following:
• DBE/SBE/ESBE Utilization/Participation Plan and ALL Commitment Forms Must Be Submitted by all Bidders within Five (5) days after bid opening.
• Be sure to include ALL required forms and documentation as follows:
Make sure that all required forms are PROPERLY, ACCURATELY, and FULLY COMPLETED.
Please note that the following, common errors can cause a bid to be rejected:
• Bidder fails to sign the CR-266
• Bidder fails to submit COMPLETED and SIGNED CR-273 confirming agreement for each DBE/ESBE/SBE firm listed on the CR-266
• Not verifying and confirming the proper NAICS Code(s) in the NJUCP directory for the classification of work the DBE is certified for, and committed to perform
• Bidder completes and signs the CR-273 for the DBE/ESBE/SBE subcontractor
• Failing to identify the correct item numbers, work descriptions and NAICS codes on the CR-266 and CR-273
• Bidder fails to submit a COMPLETED and SIGNED CR-272 (Dealer/Supplier Verification) and/or CR-274 (Trucking Verification) from each DBE/ESBE/SBE dealer/supplier or trucker listed on the CR- 266 - when applicable
• Item Numbers and Contract Amounts on CR-266 and CR-273 don't correspond or match
• DBE/SSE subcontractor listed on the CR-266 is not in good standing (i.e., not currently certified as a DBE or registered as a SBE)
• Identifying SBE subcontractors on the CR-266 for a Federally funded, DBE goal project and vice-versa
• Failure to submit adequate documentation to support Good Faith Efforts (GFE) when the DBE/ESBE/SBE goal is not met
If you have any questions or need clarification concerning the above forms, please contact the Division of Civil Rights/Affirmative Action's Contractor Compliance Unit at (609)963-2047 or by email at DOT-CR.Verifications@dot.nj.gov.
All serious bidders should submit DBE/ESBE/SBE Participation Plan/Commitment Forms. It is in the best interest of the New Jersey Department of Transportation as well as the contracting community.
NOTE: If the apparent low bidder fails to meet the DBE/ESBE/SBE Goal and does not provide adequate documentation of its Good Faith Efforts, the NJDOT may go to the next lowest and responsive and responsible bidder.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Q (Bid Security): Are there specific forms to be used for Bid Bond and Consent of Surety? If so, where can they be found?
A: No specific forms required, but please ensure your bond is received by the opening date, whether hard copy or e-bond.
Q (Bid Security): Clarifying if we upload our bond & surety onto this portal is the hard copy also required to be handed in/submitted on 5/5 @10am for our bid to be valid?
A: As noted in Item #5 of the Vendor Questionnaire, Original Bid Security must be received by 11:00 am prevailing time on Tuesday, May 5, 2026 or your submission will be rejected.
Q (PLA): Is there a PLA on this project?
A: No, there is not a PLA on this project.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.